DRAFT Biological Containment Isolation System (BCIS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division, has issued a Draft Call for Solutions (CFS) for a Biological Containment Isolation System (BCIS) prototype. This initiative, under the Army's Open Solicitation W9128Z-25-S-A002 and Other Transaction Authority (OTA), seeks innovative solutions for managing Highly Communicable Infectious Disease (HCID) patients in austere environments. The Government intends to award multiple Prototype OTAs. Inquiries and questions are due by April 1, 2026, at 1700 Eastern Time.
Purpose & Scope
This draft CFS aims to develop a deployable, negative pressure Multi-Patient BCIS tent/shelter to rapidly isolate and treat HCID-infected individuals, control disease spread, and reduce transmission risks. The primary goal is to adapt existing DoD tents/shelters to allow medical staff to monitor and treat patients while minimizing infection risk. This is a multi-phase prototype project, with successful completion potentially leading to a non-competitive follow-on production award for up to 15 units.
Contract Details
- Authority: Other Transaction Authority (OTA) under 10 U.S.C. § 4022.
- Acquisition Strategy: Multiple Prototype OTAs are anticipated.
- Phased Effort:
- Phase I: Up to three (3) awards for prototype development (minimum TRL 6), with delivery desired within 60-90 days. One prototype will be delivered for setup, operational, and breakdown demonstration.
- Phase II: Up to two (2) performers selected from Phase I for further prototype development (minimum TRL 7). Three prototypes will be delivered, with one used for operational/logistics demonstrations and initial key personnel training.
- Follow-on: Potential for non-competitive follow-on production for up to 15 units.
- Place of Performance: Prototype development at contractor's facility; demonstrations and testing at CONUS Government facilities.
Key Requirements
- Prototype Performance Thresholds (Pass/Fail):
- Negative Pressure Differential: 0.01 inches of water gauge.
- Air Exchanges: 12 Exchanges / Hour.
- Filtration Efficiency: 99.97% of 0.3 micron particles.
- Exhaust filter located outside the containment enclosure.
- Air filtration system operates in rain without degradation.
- Accommodates standard litters (94” x 31”), provides isolation for at least 5 patients.
- Operates on military field power, safely decontaminable and reusable, shelf life of 5 years.
- Meets EMI (MIL-STD-461) and environmental resilience requirements.
- Data Deliverables: Master delivery schedule, firm-fixed-price for prototypes, projected unit cost for production, maximum monthly production rate, supporting documentation (TRL, lead times, test reports, etc.), Berry Amendment compliance, Safety Assessment Report (SAR), manuals, and system support documentation.
- Data Rights: Government strongly prefers Unlimited Rights for all technical data, software, and IP.
Submission & Evaluation
- Two-Step Process:
- Step 1: Solution Brief: Interested parties are invited to submit a "Solution Brief" (15 pages max) and a Supporting Data Package (PDF).
- Step 2: Request for Solution Proposal (RSP): Selected offerors from Step 1 will be invited to submit a full RSP.
- Evaluation Criteria (Step 1): Technical Merit, Innovation & IP, and Non-Traditional/Small Business Participation. Offerors must assert to meeting or exceeding stated Threshold Requirements.
- Evaluation Criteria (Step 2 / Phase I to Phase II): Technical Feasibility & Requirements Alignment, Integration Potential, Design Maturity & Risk Reduction, and Programmatic Performance. Additional evaluation factors include system weight, packaging, setup time/manpower, procurement cost, sustainment cost, producibility, and Human Systems Integration (HSI).
Eligibility & Set-Aside
This opportunity focuses on significant participation from non-traditional defense contractors and/or small businesses, as per 10 U.S.C. § 4022(d)(1).
Important Notes
All inquiries must be submitted via email to the identified POCs by April 1, 2026, at 1700 Eastern Time. Offerors should submit only one consolidated set of questions. Unauthorized contact with other Government personnel regarding this competition may constitute an Organizational Conflict of Interest (OCI).